C222--Amendment to cancel before solicitation Provide Emergency Power 3rd Floor Labs
ID: 36C24625R0042Type: Presolicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF246-NETWORK CONTRACTING OFFICE 6 (36C246)HAMPTON, VA, 23667, USA

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- GENERAL: ELECTRICAL SYSTEMS (C222)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs, specifically the Network Contracting Office 6, has announced an amendment to cancel the solicitation for the project titled "Provide Emergency Power 3rd Floor Labs" at the Durham VA Medical Center. This project aimed to design and implement emergency power systems for laboratory and radiology equipment on the third floor, with a budget estimated between $500,000 and $1 million, and was set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). The solicitation will not proceed at this time but is expected to be re-solicited at a later date, with Mark Griffin serving as the primary contact for inquiries at mark.griffin2@va.gov or by phone at 704-638-9000 ext. 13630.

    Point(s) of Contact
    Mark GriffinContracting Officer
    704-638-9000 13630
    mark.griffin2@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is seeking proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for an Architect-Engineering (A-E) contract to provide emergency power systems to the third floor of the Durham VA Medical Center’s F-Wing. The contract involves designing electrical systems to power lab and radiology equipment and evaluate existing emergency lighting, with a project budget predicted between $500,000 and $1 million. The A-E firm will be responsible for creating detailed construction documents, construction specifications, and providing services throughout the project's phases, ensuring compliance with VA standards and industry practices. Submissions must follow federal regulations outlined in FAR and VAAR, with firms required to provide evidence of their qualifications through SF 330 forms. The A-E must ensure that operations at the medical center continue with minimal disruption during construction. This solicitation emphasizes the VA's commitment to upgrading facilities to meet current operational needs while adhering to regulations and ensuring safety protocols. Key deadlines for submissions and inquiries are specified, with a projected construction timeline extending 788 days from the notice to proceed. The VA also highlights essential requirements for contractor safety and documentation in accordance with federal laws.
    The Department of Veterans Affairs has issued a modification to a previous notice related to the solicitation number 36C24625R0042 for providing emergency power to the 3rd floor labs (558-24-109). The response deadline has been extended to July 10, 2025, at 10 AM Eastern Time. Significant adjustments include the removal of signatory authority language under the professional qualifications section and a clarification regarding the capacity section, which now specifies a draft schedule for a 243-calendar day period of performance instead of the previously mentioned 236 days. This solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and does not involve Recovery Act funds. The contracting officer, Mark Griffin, is the primary contact for inquiries related to this RFP, with the Durham Veterans Affairs Medical Center identified as the place of performance. The document outlines key details necessary for potential bidders in a structured manner, including contact information and agency location. These modifications aim to facilitate a more precise and manageable proposal process.
    The Department of Veterans Affairs, Network Contracting Office 6, has issued an amendment to cancel the solicitation (36C24625R0042) for "Provide Emergency Power 3rd Floor Labs" at the Durham VAMC. This notice indicates that the requirement will not proceed to solicitation at this time but will be re-solicited at a later, unspecified date. The original solicitation was for emergency power services for the 3rd-floor labs, with a set-aside for SDVOSBCs. The contracting office is located in Salisbury, NC, and the point of contact is Mark Griffin.
    The Department of Veterans Affairs is seeking sources for Architect-Engineer services to provide emergency power to specific labs and equipment at the Durham VA Medical Center. This initiative aims to address deficiencies in emergency power supply, specifically for the Air Handling Unit and laboratory equipment on the 3rd floor of the F-Wing. The project budget ranges from $25,000 to $100,000, with a construction period of 243 days from the notice to proceed. The scope includes comprehensive design services such as code analysis, electrical system upgrades, and detailed project deliverables at various submission stages, including narrative reports and design documents. The selected firm must demonstrate specialized experience in emergency electrical power distribution, maintain a qualified staff, and comply with government contracting standards, including consideration of Service-Disabled Veteran-Owned Small Business (SDVOSB) performance requirements. All work must adhere to VA standards, ensuring minimal disruption to ongoing medical operations. The project reflects an ongoing commitment to enhancing facility safety and operational resilience in response to power outages, underscoring the importance of reliable emergency power systems in healthcare settings.
    This document outlines a Past Performance Questionnaire for Architect-Engineer (A-E) firms responding to a VHA Network Contracting Office 6 request for SF 330s for Project 558-24-156, "Install SPS AHU." Firms must submit questionnaires for at least three projects from their SF 330 Section F. The transmittal letter directs evaluators to complete sections B (Evaluator Information) and C (Performance Information) and return the questionnaire directly to the Contracting Team via email by 1:00 PM EDT, Thursday, July 3, 2025. The questionnaire provides a rating scale (Exceptional to Unsatisfactory) for various factors including design services, follow-on construction support, LEED, BIM, and overall performance, requiring narrative explanations for marginal or unsatisfactory ratings. The form also requests information on design errors, omissions, and their impact on project costs.
    The document outlines a Past Performance Questionnaire and Cover Letter intended for architectural and engineering firms responding to a request from the Veterans Health Administration (VHA), specifically for a project at the Durham VA Medical Center, North Carolina. Each firm must submit references from at least three projects outlined in their SF 330 form to evaluate their qualifications. The questionnaire requires detailed information about the firm's past performance, including overall project management, responsiveness, and technical competence, using a defined rating scale from Exceptional to Unsatisfactory. Additionally, evaluators must provide a narrative summary explaining their ratings, especially for any marginal or unsatisfactory ratings. The completed questionnaires are to be returned via email to specified VHA contracting personnel by a stated deadline. This process aims to ensure that the VHA can assess contractor capabilities and reliability effectively before awarding contracts, reflecting a rigorous evaluation framework commonly used in government contracting.
    The Standard Form 330 (SF330) is used by Federal agencies to assess Architect-Engineer (A-E) firms' professional qualifications for contracts. This form, mandated by 40 U.S.C. chapter 11 and FAR Part 36, facilitates the selection of highly qualified firms based on competence. The SF330 is divided into two parts: Part I, which details qualifications for a specific contract, and Part II, which outlines a firm's general qualifications for broader agency consideration. Part I requires information on contract details, proposed team, key personnel resumes, and relevant example projects. Part II covers general firm information such as ownership, employee disciplines, and average professional services revenues. The document provides detailed instructions for completing each section, including definitions, discipline codes, and experience categories, ensuring comprehensive and standardized submissions for A-E service procurement.
    The ARCHITECT-ENGINEER QUALIFICATIONS document details the process federal agencies follow to assess and select architect-engineer (A-E) firms for contracts, as mandated by the Selection of Architects and Engineers statute and the Federal Acquisition Regulation (FAR). Agencies announce their requirements, evaluate submissions based on professional qualifications, and negotiate contracts starting with the most qualified firm. The document features two parts: Part I, focused on contract-specific qualifications, includes detailed instructions for submitting pertinent information about the firm and its team members, while Part II emphasizes the overall qualifications and capabilities of the firm or branch office. Key sections in Part I require information on project roles, team organization, resumes for key personnel, and relevant project examples that showcase the proposed team's expertise. Notably, the document outlines definitions, general instructions, and specific agency instructions, ensuring compliance while encouraging firms to maintain up-to-date qualifications on file. This structured approach is essential for ensuring that agencies secure competent and qualified A-E services, promoting transparency and fairness in the selection process while supporting the government’s project goals.
    Similar Opportunities
    Y1JZ--558-23-155 Generator Exhaust Modification GC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the Generator Exhaust Modification project at the Durham VA Medical Center, specifically aimed at enhancing the exhaust system for three diesel generators located in Building 18. The project entails general construction, alterations, and the installation of new rooftop exhaust fans, with a focus on rerouting exhaust away from air handling unit intakes and building windows to address existing deficiencies. This initiative is crucial for maintaining operational safety and compliance with various federal and local codes, ensuring minimal disruption to the medical center's ongoing operations. Interested contractors, particularly those classified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should note that bids are due by February 5, 2026, with an estimated construction budget between $500,000 and $1,000,000. For further inquiries, contact Elaine B. Belber at Elaine.Belber@va.gov.
    DH10--Durham VAMC Radiation Oncology Information Systems-EER 262522 (VA-25-00094323)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for the Radiation Oncology Information System Virtual Infrastructure Environment (ROISVIE) at the Durham VA Medical Center (VAMC). This procurement aims to secure hardware, software, and services necessary to support the ROISVIE therapy solution, which includes integration with Varian linear accelerators and associated applications. The selected contractor will be responsible for ensuring compliance with mandatory cybersecurity controls, as outlined in the attached VA Critical Security Controls FAQ, and must deliver various project management and implementation plans. Proposals are due by December 16, 2025, at 11:00 AM EST, and interested parties should contact David Gabrysiak at david.gabrysiak@va.gov for further information. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and has a base period starting January 1, 2026, with a total value anticipated to be below $5 million.
    Y1DA--589A6-24-410, Replace MDP Panel Bld 89| EKH
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 15, is soliciting proposals for the replacement of the main distribution panel in Building 89 at the Dwight D. Eisenhower VA Medical Center in Leavenworth, Kansas. This project, identified as 589A6-24-410, involves extensive general construction work, including the demolition of existing electrical distribution equipment and the installation of new systems, with a performance period of 310 days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and is valued between $1,000,000 and $5,000,000, emphasizing the importance of compliance with federal regulations and safety standards. Proposals are due by December 19, 2025, with an additional site visit scheduled for December 4, 2025; interested parties should contact Contracting Officer Tim Parison at timothy.parison@va.gov or 913-946-1140 for further details.
    C1DA--Replace Unsupported Switch Gear for Generators, 657A5-26-107
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified architect-engineer firms to provide services for the replacement of unsupported switchgear for generators and aging transformers at the Marion VA Medical Center in Illinois. This procurement is specifically restricted to Service-Disabled Veteran-Owned Small Business (SDVOSB) firms and aims to enhance the reliability of emergency power systems and overall power distribution at the facility. The selected firm will be responsible for comprehensive professional services, including design development, construction documents, and construction period services, with an anticipated contract award by February 28, 2026. Interested parties must submit an SF 330 qualification package by December 23, 2025, and can contact Contract Specialist Maria G Hoover at maria.hoover@va.gov or 913-946-1143 for further information.
    Z2DA--CON 648-20-116 Correct Electrical FCA Deficiencies Bldgs./Site (Vancouver)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is preparing to solicit bids for Project 648-20-116, which aims to correct electrical deficiencies at the Vancouver VA Medical Center. This project involves replacing, modifying, or upgrading existing electrical power distribution equipment in accordance with a Wiley-Wilson arc-flash report, and includes conducting a facility-wide arc-flash hazard risk assessment upon completion. The work is critical for ensuring the safety and operational efficiency of the medical facility's electrical infrastructure. The solicitation is set to be posted around December 2025, with an estimated contract value between $5,000,000 and $10,000,000, and is specifically set aside for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC). Interested contractors can contact Sr. Contract Specialist Toni Wiser at toni.wiser@va.gov or by phone at 406-373-3341 for further information.
    Z1DA--RENOVATE SHELL SPACE (658-22-104)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor for Project 658-22-104, which involves the renovation of shell space at the Veterans Affairs Medical Center in Salem, Virginia. The project aims to transform existing shell space into seventeen new cubicle workstations for employees displaced due to ongoing construction activities, requiring modifications to fire alarm, sprinkler, electrical, telecommunication, and HVAC systems, as well as the installation of new interior finishes. The construction period is set for 120 calendar days from the receipt of the Notice to Proceed, and the opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties can contact Chanel Johnson at chanel.johnson@va.gov or by phone at 757-315-3934 for further details.
    Z1DA--Upgrade Campus Electrical Systems. Project No. 610A4-23-101.
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the "Upgrade Campus Electrical Systems" project at the VA Northern Indiana Healthcare System in Fort Wayne, Indiana. This project involves the demolition of Building 16 and the installation of a 6,600 square foot addition to Building 1, which will house new electrical distribution equipment, including three 600 kW standby generators, automatic transfer switches, and substations. The estimated construction budget ranges from $10 million to $20 million, with a bid submission deadline set for February 12, 2025, at 10:00 AM EST. Interested contractors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), should direct inquiries to Contract Specialist Brian Rosciszewski at Brian.Rosciszewski@va.gov.
    C211--589A6-24-410, Replace MDP Panel Bld 89| EKH
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) for a firm-fixed-price contract to replace Main Distribution Panel (MDP) panels in Buildings 88-89 at the Dwight D. Eisenhower VA Medical Center in Leavenworth, Kansas. The project, identified as RFI 36C25526Q0015, has an estimated value between $1,000,000.00 and $5,000,000.00 and requires completion within a 365-day period following the notice to proceed. This procurement is crucial for ensuring the electrical infrastructure's reliability and safety at the facility. Interested contractors must submit a capability statement detailing their qualifications and experience by October 22, 2026, with the solicitation expected to be posted around October 25, 2025. For further inquiries, contact Tim Parison at timothy.parison@va.gov or call 913-946-1140.
    Z1DA--Upgrade HVAC System Phase II
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "Upgrade HVAC System Phase II" project at the Salem VA Medical Center in Salem, Virginia. This project involves the demolition, modification, and installation of a new HVAC system on the second floor of Building 143, with a contract value estimated between $5,000,000 and $10,000,000, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The successful contractor will be responsible for adhering to strict safety, security, and quality control measures throughout the project, which has a performance period of 365 calendar days. Interested parties must submit electronic bids by January 6, 2026, at 5:00 PM EST, with a mandatory pre-bid conference scheduled for December 11, 2025, and all inquiries directed to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    Z2DA--657-26-500JC - Emergency Elevator Sheave & Compensation Repairs, Building 1, JC (VA-26-00019432)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for emergency elevator sheave and compensation repairs at Building 1 of the John Cochran VA Medical Center in St. Louis, Missouri. This project, valued between $500,000 and $1,000,000, is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and requires the replacement of critical elevator components across six elevators, with a completion target of 365 days from the notice to proceed. The work is vital for maintaining operational efficiency and safety within the medical facility, which will remain operational throughout the project. Proposals are due by December 30, 2025, at 2:00 PM CDT, and interested bidders must contact Contract Specialist Matthew D. Finley at matthew.finley@va.gov for further details and to acknowledge any amendments to the solicitation.